Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://in-tendhost.co.uk/llaol
I.4)Type of the contracting authority
Other type: Utility Airport
I.5)Main activity
Other activity: airport
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
L17072-T-TG Retail Design Management Framework.
Reference number: L17072-T-TG
II.1.2)Main CPV code
79932000
II.1.3)Type of contract
Services
II.1.4)Short description:
This contract is to develop Commercial space in line with the requirements of the Retail and Catering Design guide attached as part of tender documentation
As terminal development progresses we require a service provider to undertake wider Retail Master planning, tender design review/feedback, Retail design management, Public space design, and also Shell and core plan management.
The service provider must have the ability to undertake Interior, architectural design and design management capability on major retail assets. The provider must have relevant airport retail experience to include terminal development project knowledge. Experience with UK and international brands is an essential requirement needed by the successful provider. A proven record of setting and measuring performance metrics along with appraisals over asset life cycles is also a requirement.
II.1.5)Estimated total value
Value excluding VAT: 400 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
79930000
79932000
II.2.3)Place of performance
NUTS code: UKH21
II.2.4)Description of the procurement:
This contract is to develop Commercial space in line with the requirements of the Retail and Catering Design guide attached as part of tender documentation.
As terminal development progresses we require a service provider to undertake wider Retail Master planning, tender design review feedback, Retail design management, Public space design, and also Shell and core plan management.
The service provider must have the ability to undertake Interior, architectural design and design management capability on major retail assets. The provider must have relevant airport retail experience to include terminal development project knowledge. Experience with UK and international brands is an essential requirement needed by the successful provider. A proven record of setting and measuring performance metrics along with appraisals over asset life cycles is also a requirement.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:
There will be an option to extend the contract after 48 months for 1 year. When the contract expires a new contract will be sought 6 months prior to its end.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years: The design element means that continuity needs to exist to allow stability. Therefore an optional extra year has been added
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 01/11/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 01/11/2017
Local time: 12:05
Place:
The Procurement Offices at London Luton Airport.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
London Luton Airport Legal Team
Luton
LU2 9LY
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
27/09/2017